REQUEST FOR LEASE PROPOSALS NO. N40192-24-RP-00005 Guam - Office Administrative Space

Agency: DEPT OF DEFENSE
State: Guam
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159415621866376
Posted Date: Apr 17, 2024
Due Date: Apr 23, 2024
Solicitation No: N40192-24-RP-00005
Source: Members Only
Follow
REQUEST FOR LEASE PROPOSALS NO. N40192-24-RP-00005 Guam - Office Administrative Space
Active
Contract Opportunity
Notice ID
N40192-24-RP-00005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Office
NAVFACSYSCOM PACIFIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Apr 17, 2024 06:19 am HST
  • Original Published Date: Apr 16, 2024 01:06 pm HST
  • Updated Date Offers Due: Apr 23, 2024 06:00 pm HST
  • Original Date Offers Due: Apr 23, 2024 06:00 pm HST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 31, 2024
  • Original Inactive Date: May 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 53 - Real Estate and Rental and Leasing
  • Place of Performance:
    Hagatna , GU
    USA
Description

SUMMARY - N40192-24-RP-00005



The Department of the Navy, hereinafter referred to as “Tenant” and/or “Government”, seeks to award a one-year full-service lease, with up to nine (9) one-year renewal options in Guam. This Solicitation for Offers (SFO) is offered to address a single space requirement for not less than 9,500 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) square feet of Class A or Class B administrative office space located in “Central Guam” (to include the Villages of Hagatna, Tamuning, Tumon, Barrigada, and Dededo). This requirement shall not extend beyond the following boundaries: North: Macheche Av/ Route 1, South: Rt 17, East: East Shore West: West Shore.



The space shall be in a quality building of sound and substantial construction in good condition and acceptable to the Government. The full-service lease shall include base rent, common area maintenance costs (CAM), all utilities, janitorial, real estate taxes, internet, approved trash and if applicable recycling services, building insurance, all Lessor fees, and parking. The Government is self-insured, and a security deposit is not applicable.



This Lease shall have a minimum of eight (8) reserved and 80 unreserved parking stalls for government vehicles. Parking to be located on site and the Lessor shall provide an approved parking exhibit. Tenant reserves the right to require Landlord to provide un-reserved parking stalls for government purposes. At Landlord’s expense, Landlord shall add pedestrian walkways from said parking lot to Tenant's space/building.



The targeted one-year lease commencement date is prior to end of Federal Fiscal Year 2024. The Government will have the right to extend the lease for up to an additional nine (9) one-year renewal options upon providing the Lessor with an annual renewal notice. Rent will be paid monthly in arrears. The first rent payment will be made upon completion and Government acceptance of all required Tenant Improvements.



The Government approved lease will be used for this lease action. Offered space must meet Government requirements pursuant to the terms of the Government Lease. Interested parties may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity granting the exclusive right to represent the building owner with their response to this advertisement.



After receipt of initial offers, the named Realty Specialist or other authorized representative will conduct negotiations on behalf of the Government. Verbal or written negotiations will be conducted with Offerors that are within the competitive range. The competitive range, which will be established by the Realty Specialist, will be based on lease costs and other award factors stated in this solicitation. All Offerors will be included that have a reasonable chance of being selected for award. Negotiations are considered closed at the due date and time of best and final offers.





Notice to Offeror(s):



SAM REGISTRATION REQUIRED: All offerors are required to be registered on the System for Award Management at sam.gov in federal solicitations at the time of award and have completed their online Representations and Certifications.



SUBJECT TO RECEIPT OF FUNDING: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse offeror(s) for any cost.



After receipt of all proposals, conclusion of discussions, and receipt of best and final offers, the Government will select a location based on the evaluation factors and the lowest overall cost to the Government, including Lessor’s contribution to the tenant buildout. Past performance, if applicable, will also be taken into consideration. The selection is expected to occur approximately 30 days following the initial proposal cut off date stated below. A Government appraisal or value estimate will be conducted to determine fair market rental value for the selected site.



OFFERS ARE DUE ON OR BEFORE 1400 GUAM TIME (UTC+10) on 24 April 2024. PLEASE BE ADVISED THAT THE AWARD MAY BE MADE BASED ON INITIAL OFFERS, WITH OR WITHOUT DISCUSSION. IF NECESSARY, DISCUSSIONS WILL BE HELD WITH ALL OFFERORS WHO MEET THE MINIMUM REQUIREMENTS CONTAINED IN THIS SFO.



Late offers will be considered only if there are no offers received on time. Submittals meeting only partial requirements will not be considered.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 258 MAKALAPA DR STE 100
  • JBPHH , HI 96860-3134
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >